HomeMy Public PortalAboutBryan Pest Control Services ContractJUN/19/2014/THU 02:22 PM
FAX No, 850 e 5508 P, 002
PEST CONTROL
911 Don Drive
Ft Walton Beach, FL 32547
350.862.3955 Fax:850,864.2815
June 19, 2014
City of Crestview
Department of public Services
Dear Sirs,
604 Elm Street
Niceville, FL 32578
850.678.5508
5454 Gulf Breeze Parkway
Gulf Breeze, FL 32563
850.916.1124
Crestview: 850.682.5553
Destin. 850.837.5137
Pensacola! 850,969,9147
After considering the content of the meeting with Carlos Jones on June 18, 2014 in
reference to the pest control bid for the City of Crestview, we offer the .following:
• We propose to you quarterly guaranteed service for all 15 stops at the rate of $66.00
for each stop. We would treat every three months with residual product and take
care of any problems between services at no charge. At the rate of $66.00 a quarter
for each building, the cost would be $990.00 per quarter, and the yearly cost would
be $3,960.00. We could charge it out on a monthly basis, if you prefer, and that rate
would be $330.00 per month.
With environmental concerns at the forefront in today's world, consideration of this
method of treatment could be in your best interest. Most of the government agencies,
military groups, schools, hospitals, nursing homes and even resorts have adapted this
method of treatment to reduce pesticide exposure to the environment as well as employees
and citizens alike, and remember, this service is guaranteed_
Thank you for your consideration.
Sincerely,
Allan Quigley
General Manager
Bryan pest Control, Inc.
Ruaaty is our standard... Excefetrcc is our goal; ..we're GREEN!"
N
P
M
W9•6191�
.bryaepe®tcontrol.com
INUN/19/2014/THU 02:22 PM
r
FAX No, 850 6`~q 5508 P, 001
Ow/lot Pest Control
Serving Four Counties
Okaloosa
Walton
Santa Rosa
Escambia
Phone: 850-678-5508
Fax: 850-678-3890
Fax Transmittal Form
To
NAME:
ORGANIZATION:
PHONE:
FAX NUMBER:
eva&d, ?Qcx,2
h-e-,-)-4 if Ail -Le., ivi,?,141_,
5D,3 49s 73
Siteat
PEST CONTROL
From
1.4Qu-{Gty
Phone: 850-678-5508
Fax: 850-678-3890
Email; SwatTeam@BryanPestControl.com
DATE:
PAGES SENT:
Message:
Thapide rJ, ou for your busiwess!
Urgent
For Review
Please Comment
Please Reply
rrt r/!
SlrFlON 00500
AGRIANI;NT
CITY OF CRESTVIEW, FLORIDA
PEST CONTROL SERVICES CONTRACT
On August I I, 2014 TIIE CITY COUNCIL OF TIIE CITY OF CRESTVIEW, FLORIDA, herein referred to as the
City, accepted the bid of Bryan Pest Control, Inc. herein referred to as the Contractor, in the amount of $3,960.00
yearly cost, to supply pest control services for City properties.
TERMS AND CONDITIONS OF CONTRACT FOR THE
Pest Control Services Contract
1. Entire Contract:
This Contract represents the entire and integrated Contract between the City and Contractor and supersedes all prior
negotiations, representations or contracts, either written or oral. The Advertisement to Bids, Bid Form, Insurance
Requirements, Non -collusion Affidavit, Public Entity Crimes Affidavit, Drug -Free Workplace Declaration, and
Notice of Award arc included in the contract documents binding the parties. Provisions of this Contract may be
amended only by written instrument approved by the Crestview City Council and signed by the Mayor and
Contractor.
Intent of Contract:
This contract will provide pest control services for approximately fourteen (15) locations for the City of Crestview.
The successful Bidder will provide all the material, chemicals, equipment, and labor necessary to facilitate quality
workmanship in his performance of this project.
1.1 Statement Of Work (Pests) - The successful Bidder will perform whatever tasks are necessary to clear buildings
of all pests. Pests should be defined as but not limited to: Birdsi Rodents and Insects and should include the
following: roaches, ants, rats, mice, silverfish, fleas, birds, and squirrels. Grounds treatment at the locations will
include lire ant protection as needed. Monthly (Quarterly) scheduled treatments will continue for the life of the
contract facilitating a non -pest environment. The maintenance servicing will be accomplished so as not to interfere
with the Stalls day-to-day operations. This may require servicing after normal working hours. As such, coordinating
the monthly service is of utmost importance.
Statement of Work (Termites) — If qualified, in a separate quotation, the successlid Bidder, upon approval, may be
asked to perform whatever tasks arc necessary to clear buildings of active termite damage and put any necessary
protection in place to prevent further damages for the specified buildings listed in the Bid Proposal.
1.2 Service Call Re -Visit - Should the occasion arise requiring the successful Bidder to re -visit a particular facility,
off schedule, the unscheduled re -visit will not be cause for additional charges.
3. Term of Contract and Time Extensions:
This contract will be in effect from September I, 2014 through September 30, 2017.
3.1 Base Year - The base year of this contract, if awarded, will commence upon the receipt of Purchase
Order and continue through September 30, 2014.
3.2 First Option Year - The calendar period commencing on October 1, 2014 thru September 30, 2015.
3.3 Second Option Year - The calendar period commencing on October I. 2015 thru September 30, 2016.
Pest Control Services 00500-1 022714
3.4 'Third Option Year - The calendar period commencing on October I , 2016 thru September 30, 2017.
4. Compensation:
All payments upon contract are contingent upon the Contractor's Work being acceptable to the City. For satisfactory
completion and acceptance of the Work, the City agrees to pay the Contractor in accordance with the terms of this
Contract.
5. Insurance:
Contractor shall, during the performance of the contract, maintain Worker's Compensation Insurance sufficient to
secure benefits of the Florida Workmen's Compensation Law I'or all employees and any of the work sublet to any
vendor or subcontractor, Comprehensive General Liability Insurance, and Auto Liability Insurance, all with
companies and in the form and amounts acceptable to the City. If any part of the work is sublet, similar insurance
shall be provided by and in behalf of any subcontractors.
Evidence of Insurance: Contractor shall provide the City Certificates of Insurance naming the City as an additional
insured and certificate holder. All binders, policies, or certificates of insurance shall provide for at least ten days'
notice from insurers to the City orally cancellation or amendment to any of the insurance policies.
6. Indemnification:
Contractor shall indemnify, defend, save, and hold the City, its agents, officers and employees, harmless of and from
any losses, fines, penalties, costs, damages, claims, demands, suits, and liabilities of any nature, including reasonable
attorney's fees (including regulatory and appellate fees), arising out of, because of, or due to any accidents arising in
any manner on account of the exercise or attempted exercise of Contractor's rights hereunder whether the same
regards person or property of any nature whatsoever, regardless of the apportionment of negligence, unless due to the
sole negligence of the City.
Contractor shall indemnify, defend, save and hold the City, its agents, officers and employees, harmless of and from
and against any and all liens, claitns, damages, demands, suits and liabilities, attorney's fees and costs, including
appellate attorney's fees and costs, of and for mechanics and material men litrnishing labor and materials in the
perlimnance of this contract.
7. Licensing:
'Ihe Contractor shall obtain all permits and maintain at its expense all professional and business certificates and
licenses required by the City or otherwise by law and as necessary to perform services under this Contract. II'
Contractor performs any Work without obtaining, or contrary to, permits and licenses, Contractor shall bear all costs
arising there from.
8. Cancellation:
This contract may be canceled by either party with a sixty day written notice and is contingent upon the annual
appropriation by the City of legally available funds. City's obligation to pay the amount due hereunder in any fiscal
year is contingent upon the appropriation by the City Council of legally available funds for the purposes set forth in
this contract.
9. Performance of WorlJResponsibilities:
The Contractor shall commence work in a reasonable length of time and shall complete the work in an expeditious
manner. In emergency' situations, the Contractor shall endeavor to commence work immediately. All work shall be
done under the supervision of the City's Public Service Director or designated representative. The performance of
Work and responsibilities hereto are outlined and made a part hereof as identified in "Description of Work".
Pest Control Services 00500-2 022714
10. 'Termination for Default:
The Contract will remain in force for the full period specified and until the City's Public Services Director or his
designee determines that all requirements and conditions have been satisfactorily met. However, the City Public
Services Director will have the right to terminate this Contract sooner if the Contractor has failed to perform
satisfactorily the work required or comply with the other requirements of the Contract.
In the event the City Public Services Director decides to terminate this Contract for the Contractor's failure to
perform satisfactorily or meet its other responsibilities under the Contract, the City Public Services Director will give
the Contractor five (5) days' notice, whereupon the Contract will terminate, unless during the notice period the
Contractor cures the failure to perfonn or meets its other responsibilities under the Contract to the satisfaction of the
City Public Services Director.
Upon Contract termination for the Contractors failure to provide satisfactory contract performance, the Contractor
will be entitled to receive compensation for Contract services satisfactorily perl'onned by the Contractor and
allocable to the Contract and accepted by the City Public Services Director or his designee prior to such termination.
I lowever, an amount equal to all additional costs required to be expended by the City to complete the Work covered
by the Contract. including costs of delay in completing the project, shall be either subtracted from any amount due or
amount charged to the Contractor in the event the City Public Services Director terminates the Contract.
Except as otherwise directed by the City Public Services Director, or in the case of termination for default (in which
event the Contractor may be entitled to cure, at the option of the City Public Services Director), the Contractor shall
stop work on the date of receipt of the notice or other date specified in the notice, place no further orders or
subcontract for materials, services, or facilities except as are necessary for the completion of such portion of the
work not terminated, and terminate all contractor and subcontracts and settle all outstanding liabilities and claims.
In the event that any termination jOr default shall he found to he improper or invalid by any court of competent
jurisdiction. then such termination shall he deemed to have been a termination fur convenience.
l I. 'Termination for Convenience:
The performance of work under this Contract may be tenninated by the City Public Services Director in whole or in
part whenever the City Public Services Director, in his discretion, determines that such termination is in the City's
best interest. Any such termination shall be effected by the City l'ublic Services Director giving at least five (5) days'
notice to the Contractor, specifying the extent to which performance of the work under this Contract is terminated
and the date upon which such termination becomes effective.
As to termination for convenience, after receipt of the date of termination, the Contractor shall stop all work as
specified in the notice; place no further orders or subcontract for materials. services, or facilities except as are
necessary for the completion of such portion of the Work not terminated; and terminate all contractors and
subcontracts and settle all outstanding liabilities and claims.
12. Disclosure:
Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee
working solely for the Contractor to solicit or secure this Contract and that it has not paid or agreed to pay any
person, company, corporation, individual, or firm, other than a bona tide employee working solely for the
Contactor, any tee, commission, percentage, gift, or other consideration contingent upon or resulting from the award
or making of this Contract.
13. 141 iscellancous:
Pest Control Services 00500-3 022714
13.1 Governing Law
The parties intend that this Contract and the relationship of the parties shall be governed by the laws of the State of
Florida. Venue for any action arising out of this contract shall be in Okaloosa County Florida and nowhere else.
13.2 Scverability
If any section, subsection, term or provision of this Contract or the application thereof to any party or circumstance
shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this
Contract or the application of same to parties or circumstances other than those to which it was held invalid or
unenforceable, shall not be affected thereby and each remaining section, subsection, teen or provision of this
Contract shall be valid or enforceable to the fullest extent permitted by law.
13.3 Sovereign Immunity
The parties further agree, nothing contained herein is intended nor shall be construed to waiver the City of
Crestview's rights and immunities under the Florida constitution, common law or Florida Statutes 768?8, as
amended from time to time.
13.4 Construction
The Parties have participated ,jointly in the negotiation and drafting of this Contract. In the event an ambiguity or
question of intent or interpretation arises, this Contract shall be construed as if drafted jointly by the Parties and no
presumption or burden of proof shall arise favoring or disfavoring any Party by virtue of the authorship of any of the
provision (Willis contract.
13.5 Attorney's Fees
In any dispute relating to this contract each party shall be responsible for their respective attorney's Ices and costs.
13.6 Notices
All notices under the Contract shall be in writing and shall be effective when mailed by certified mail, return receipt
requested, or when delivered personally, as provided hereafter, or to such other addresses as may be designated by
notice:
13.7 Public Records:
Contractor shall comply with Florida Public Records Law, specifically to:
(a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Crestview in
order to perform the service.
(b) Provide the public with access to public records on the same terms and conditions that the City of Crestview
would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Crestview all public
records in possession of the contractor upon termination of the contract and destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically
must be provided to the City of Crestview in a format that is compatible with the information technology systems of
the City of Crestview."
Pest Control Services O0500-4 022714
As to the City: City of Crestview As to the Contractor Bryn Pest Control, Inc.
Sign:/ �vG
IN WITNESS WHEREOF, the City hereunto caused these pr sents to be subscribed and the Contractor has affixed
their name and seal, this ; 7 day of f wS , 2014.
ATIT-Si :
Elizatfeth Roy, City Clerk
) AS TO LEGAL ORM: `
By:
David Cadle
Mayor
END OF SECTION
State of FIAK,I PR _
thefgre9o�^9495V twAsackrrowled9edt� Pe ^aM eP�
before me and acknovnedged 1Lb7 lea the osaanent vaemtan•
M ra the purpose expte
*ewe el Navy ti+Mc
i� � Notary Public State of Florida
John K Evans
�
r My Commission EE017291 1'ta note Expires 10/11/2014
Pest Control Services 00500-5 022714
SF.C.I'ION 00300
1111)10hill
S111311111'I I D: r ~_ l -5 - f cfC
Date
I'ROJR1 IDENT'IHCATION: CITY OP CRES'fVIEN1'
I'EST CONTROL SERVICES
NAn11 OF BIDDLR: /5f'.yIY/L) /7, 57 - C==�/t-1 %i�'� �._ f /1-/C .
BIISINI:SS ADINWSS: cJ 1/" L. l i.97 -S77'L7f � �L:ci�j�Ll� f f`/__ : �'� 17,-7g
Phone No.:
1{-Mail Address: /T U/11_
FLORIDA 1_IC FNSE NO.: •3-6 z e/. /
ax No.:1
THIS 1311) IS S(. BNIFt"IT.1) TO: City of Crestview, Florida (hereinafter called Owner) acting
through its City Commission.
I. the undersigned Bidder offers and agrees to enter into an Agreement \kith Ohtiucr in the
firm included in the Bidding 1ocuments, to complete all kvorl: for the ('ontract Price and
within the Contract Time, all in accordance with the Contract Documents.
3. Bidder accepts all of the terms and conditions of the (Inkling Documents, inclndin,
without limitation those dealing with the Owner's time for accepting for laid and the
disposition of laid Bond.
3. In submitting this Bid, Bidder stakes all representations required by the Instructions to
Bidders and further warrants and represents that:
(a)
Bidder has examined copies of all the Bidding Documents and of the tbilowimg
addenda:
No. I)ated No. Dated
No. Dated •No. - - Dated
(Receipt of all which is hereby acknowledged) and also copies of the Advertisement lur Bids
and the Instructions to Bidders.
(b) Bidder has examined the site and locality krhee the 'Work is to be performed and
the legal requirements (Federal, State and local lags, ordinances, rules and
regulations) and conditions affecting, cost, dc! ree of difficulty, progress or
performance of the \l'ork and has made such independent investigations as Bidder
dents necessary.
(c)
This Bid is genuine and not made in the interest or on behalf of any undisclosed
person, lint or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organiration or corporation; Bidder has not
ITS l ('ONI IZOI. SFRVIC'FS
0030 ►-1 022714
directly. or indirectly induced or solicited any other Bidder to submit a false or
sham Bid; Bidder has not solicited or induced any person, tire► or a corporation to
refrain from bidding,; and Bidder has not sought by collusion to obtain fin. himself
any advantage over any other Bidder or over Owner.
(d) Bidder hereby agrees if this Bid is accepted, to commence wort: under this
ccn►tract on or belbre a date to be specified in the Notice to Proceed and to hilly
complete all work of the Project within the Contract Time.
1. 13ictder submits to perform all the Work as required by the scope of work fi►r the City of
Crestview. 13id shall be awarded to the lowest responsible bidder.
�. All Bids shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous cost; of all types, overhead, and profit for the item to be complete as stated
in the instructions to bidders.
1311) PROPOSAL,
PIZO.IFC : 1'h,S1' ('UNT12()1, SLItVit'LS for the City of Crestview, Florida
The 13idder proposes (to furnish all labor, materials, equipment and suppli(..$) to pertOrm all \fork
for the titllowin!g price:
Item No.
Description
Quarterly
Yearly
1
C'ouncil on Ageing 198 S. 11'ilson Street
66.00
2
City I kill 198 N. Wilson Street
66.00
Public Services Complex (includes 4 Buildings)
/ 15 N. Ferdon Blvd
66.00
4
George 11. Whitehurst Building 201 Stillwell Blvd.
66.00
5
Dire Station tit 321 W. Woodruff
66.00
6
Fire Station tit 2106 P. J. Adams Parkway
66.00
7
Fire Station t13 555 13rookmeade Drive
66,00
S
Environmental Center Butler Circle
66.00
Twin Hills Park Complex (includes 5 buildings)
100 S. Hathaway
66.00
10
Community Center 1446 Commerce Drive
66.00
11
OST Park & Senior Center ( Includes 3 Buildings)
205 Stillwell
GG.t)0
12
Fairview Itecreation Center (Includes 2 Buildings)
649 N e('lelland
(i6A(!
13
911 call Center 21061'. 1. Adams Parkway
66.00
14
City library 14-15 Commerce Drive
66.00
15
C'ountryViewy Park 1090 N'orthview Part. Drive
66.00
Total Bid
$ 3,960.00,
PI 'Si C't)NTIt(11. SI It4'IC'LS
00 u►t►_ 1
r►?)7I t
'101 Al, l3ASli lilt):
(Numeral s)S3,960.00
( Written) /����
i,
% cr -0
Provide; pricing, for all required labor, materials, equipment and supplies to complete all the
work indicated for the city as indicated in these. specifications. If there is a difference between the
numerical or written values. the written will take precedence or whichever is in the hest interest
ofthe City of Crestview. Florida.
/�/ )(42/0
6.
Print Name of Contractor
R pres ntatiCc ofCon actoe Signature
7
__
none
1)ate
The following documents are attached to and mach it condition or this laid:
Advertisement fin• bids (Section 00020).
Drug Free \Vorl:place (Section 310).
Public Entities Crime Form (Section 00470).
Noncollusion Affidavit (Section 00480).
Instructions to Bidders (Section 00100).
Insurance requirements (Section 00650).
Questionnaire (Section 00301).
References (Section 00302).
Similar (:mitracts (003030.
END OE SEC IION
ITSI('UN 1 I:01. SI�:I:VICLS 00300-3
State off+
The..a14oregone nsttru�4 uYacknpyerd thm_a_day d MIL'
�`�+� who personally appeared
before me and acknowleflgBLr'ttit h sgned the nstrunent eohrmari•
y for the purpose a
§wature or nblerr Pebet
Arra rpw otter crMnwron•d A nwd Nary Pok
Notary Public State of Florida
John K Evans
My Commission EE017291
Expires 10/11/2014
U? , 71-1
EQUAL OPPORTUNITY CLAUSE/EXHIBIT A
During the performance of this Contract, the CONTRACTOR agrees as follows:
1. The CONTRACTOR will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The CONTRACTOR will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment, without
regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited
to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and
applicants for employment, notice to be provided by the contracting officer setting forth the provisions of
this non-discrimination clause.
2. The CONTRACTOR will in all solicitations or advertisements for employees placed by or on
behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for
employment without regard to race, religion, sex, or national origin.
3. The CONTRACTOR will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding, a notice advising the labor
union or workers' representative of the CONTRACTOR's commitments under Section 202 of Executive
Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
4. In the event of the CONTRACTOR's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated or
suspended in whole or in part and the Contractor may be declared ineligible for further contracts with
the CITY OF CRESTVIEW, FLORIDA. Provided, however, that no such action shall be taken without
prior notice to the CONTRACTOR and an opportunity for a hearing before the CITY ATTORNEY or its
designee.
5. The CONTRACTOR will include the provisions of paragraphs (1) through (5) in every
subcontract or purchase order for an amount exceeding Ten Thousand Dollars ($10,000), or which can
reasonably be expected to have an aggregate total value exceeding Ten Thousand Dollars ($10,000) in
any twelve (12) month period, so that such provisions will be binding upon each subcontractor or
vendor.
Date g-- 02
stete of j-Lera's13.
9t_�n91014 w aCknp pledged thisi,Zoay of .4606,
before nip and ackno F�S6 j who personally appeared
�y�� h' Knee the Tshument vokmtan-
y for the purpose ez. �����
&water, of Notary Pobk �(�
'mPL`• �... meo
;p John K Evans
c. My Comrniasion EEo17291
�M1o,F Expires 10/11/2014
Sign/� /4���
(Cont actor)
Print/Type X°'//% ���
(Project)
-1-
CERTIFICATION OF NON -SEGREGATED FACILITIES/EXHIBIT B
By entering into this Contract, the CONTRACTOR certifies that he does not maintain or provide
for his employees any segregated facilities at any of his establishments, and that he does not permit his
employees to perform their services at any location under this control, where segregated facilities are
maintained. He certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their services
at any location, under his control, where segregated facilities are maintained. The CONTRACTOR
agrees that a breach of this Certification is a violation of the Equal Opportunity Clause in this Contract.
As used in this Certification, the term "segregated facilities" means any waiting rooms, work areas, rest
rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directive
or are in fact segregated on the basis of race, color, religion or national origin, because of habit, local
custom, or otherwise. He further agrees that (except where he has obtained identical certifications from
proposed subcontractors for specific time periods), he will obtain identical subcontractors or purchase
orders exceeding $10,000: that he will retain such certifications in his files and make them available to
the CITY OF CRESTVIEW upon request.
Provided, however, that such certification shall not be required in the case of purchase orders or
contracts which, in case of a Federal Government contract or subcontract, would be exempt from
compliance with the Equal Opportunity Clause by 41 CFR Sec. 60-1.5. This Section provides for the
exemption of transactions not exceeding $10,000, contracts and subcontracts for indefinite quantities
estimated not to exceed $10,000 in any contract year, contracts with certain educational institutions,
work on or near Indian reservations, facilities (including, but not limited to, agencies, instrumentalities or
subdivisions of state or local government) which are separate and distinct from activities of the prime
contractor or subcontractor emergencies involving national security.
Date < 7-/V
State or t►24
Thefyregby instrument a cknpwl�dgedtwh�„�_oalhi `6,
�$t l�-ttlTj persona�ry appeared
before me and acknowk,.: -fined the mstrument voluntari-
y for the purpose ezp '?�
aii
Sgnalure of M,tar,. P A4c
gar Pt*,
Notary Public State of Florida
John K Evans
o` My Commission EE017291
aM1ott. Expires 10/11/2014
Sign 1
(Contractor)
0r/l7 Zr.,/67
Print/Type
(Project)
-1-
a
DRUG -FREE WORKPLACE/EXHIBIT C
The ersigne ontractor in a cordance with Florida Statute 287.087 hereby certifies that
k 44-t e,17/ <-7 e - does:
(Contractor)
1 Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working
on the commodities or contractual services that are under bid, the employee will abide by the
terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to, any violation of Chapter 1893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later that five (5) days after
such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who is
so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through implementation
of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements.
Date 'f 'z 7 -
State of 4t »
egegomg�RrMt aSyCknO�cleOgedtMs�oaYdAk,
{�. by Rr k:tL-F7lY whe personally appeared
before me and acknowlen 9U the instrument voluntari-
ly for the purpose Pap:
Spnature or NntaryPubes
Aratt. hoe of cramp Commas mad Nome of Notary Pueac
Notary Public State of Florida
John K Evans
A My Commission EE017291
Expires 10/11/2014
Sigq
(Contrac or)
Print/Type / ///
(Project)
-1-
"
S r ( '